24
REQUEST FOR PROPOSAL Solicitation Number DCAM-15-CS-0097 Construction Management Services IDIQ May 19, 2015 Open Market Proposal Due Date: June 9, 2015 by 2:00 p.m. EST Proposal Delivery Location: Department of General Services Contracts & Procurement Division, 8th Floor Attention: James Marshall Frank D. Reeves Center 2000 14th Street, NW Washington, DC 20009 Pre-proposal Conference: May 29,2015 2nd Floor in the Community Room at 11:00 am 2000 14th Street, NW Washington, D.C. 20009 Contact: Jamar Spruill Contract Specialist 2000 14th Street, NW, 8th Floor Washington, D.C. 20009 Email: [email protected] Phone: (202) 671-2255

REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

REQUEST FOR PROPOSAL

Solicitation Number DCAM-15-CS-0097

Construction Management Services IDIQ

May 19, 2015Open Market

Proposal Due Date: June 9, 2015 by 2:00 p.m. EST

Proposal Delivery Location: Department of General ServicesContracts & Procurement Division, 8th FloorAttention: James MarshallFrank D. Reeves Center2000 14th Street, NWWashington, DC 20009

Pre-proposal Conference: May 29,20152nd Floor in the Community Room at 11:00 am2000 14th Street, NWWashington, D.C. 20009

Contact: Jamar SpruillContract Specialist2000 14th Street, NW, 8th FloorWashington, D.C. 20009Email: [email protected]: (202) 671-2255

Page 2: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

Section AExecutive Summary

The Department of General Services ("Department" or ''DGS ") is issuing this Request forProposal ("RFP") to engage multiple Contractors to provide Construction ManagementServices for District of Columbia Government construction projects.

A.1 Contract Type

The contract awarded will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract withpayments based upon fully loaded Fixed Hourly Rates.

A.2 Term of Contract

The term of the contract shall be for a period of one (1) year from the date of award.

The District may extend the term of this contract for a maximum of four (4), one-year optionperiods, or successive fractions thereof, by written notice to the Contractor before the expirationof the contract; provided that the District will give the Contractor a preliminary written notice ofits intent to extend at least thirty (30) days before the contract expires. The preliminary noticedoes not commit the District to an extension. The Contractor may waive the thirty (30) daypreliminary notice requirement by accepting the extension letter issued by the CO.

A.3 Contractor's Compensation

Offerors shall provide an Offer Letter (Attachment A) including fully loaded Fixed Hourly Ratesto complete the requirements. The fully loaded Fixed Hourly Rates shall be the Contractor's solemethod of compensation and as such shall be sufficient to cover all of the costs necessary to fullycomplete the Project.

A.4 Project Delivery Method

The Contractor shall perform services via a written Task Orders issued by the Department. It iscontemplated that individual Task Orders shall, in general, contain the following information: (i)a description of the scope of work included in such Task Order; (ii) a price based on the ID/IQfixed unit prices contract and/or such other terms of compensation for the work included in theTask Order's scope of work; (iii) the Delivery Date for the Task Order's deliverables and/or suchother schedule requirements for Task Order; and any other specific requirements of the scope ofwork.

A.S Form of Contract

The Form of Contract will be issued by Addendum. Offeror's shall carefully review the Form ofContract, to the extent there are any inconsistencies between this RFP and the Form of Contract,the Form of Contract shall prevail. Offeror's are further advised that they are required to submit

Page 3: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

their proposal premised upon entering into a contract that is substantially similar to the Form ofContract and that any proposed changes to the Form of Contract must be clearly identified anddescribed in the Offeror's proposal.

A.6 Procurement Schedule

The schedule for this procurement is as follows:

• Issue RFP• Pre-Bid Conference• Last Day for Questions• Proposal Due Date

- May 19,2015- May 29,2015 at 11:00 a.m.- June 1,2015- June 9, 2015 at 2:00 p.m.

A.6 Attachments

Attachment A Form of Offer LetterAttachment B Disclosure StatementAttachment C Tax AffidavitAttachment D Service Contract ActAttachment E 2015 Living Wage Act Notice and Fact SheetAttachment F First Source Agreement FormAttachment G Form of Contract (Issued by Addendum)Attachment H Past Performance Evaluation FormAttachment I Subcontracting Plan

Page 4: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONBSCOPE OFWORK

B.l Background:

The Department of General Services (DGS) is seeking multiple contractors to provideConstruction Management (CM) services to the District of Columbia. This solicitation is toestablish Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for CM services.

B.2 Qualifications:

B.2.1 Construction Manager shall have successfully worked in the construction industry as aConstruction Project Manager (CM). CM shall hold at a minimum, a Bachelor's of ScienceDegree in Engineering or Construction Management, and shall be experienced in all electrical,structural and environmental, disciplines. Proposed candidate(s) shall hold CCM or PMPcertification. Contractor shall submit qualifications and resumes of proposed candidate(s) DGSfor approval.

B.2.2 Administrative Assistant must have a minimum often (10) years' experience inconstruction administration (Specifically Prolog Project Management Software). Qualificationsand resume of proposed candidate shall be submitted for DGS approval.

B.2.3 The Contractor shall ensure the CM meets the minimum requirement includingdemonstrated experience managing at least three (3) LEED Silver projects of similar size andscope as that described in Section B within the past five (5) years.

B.3 ConstructionManagement/Administration Support Services:

B.3.1 The Contractor shall provide staff; to include a Construction Manager (CM) andadministrative support, to successfully coordinate, manage, and oversee all on-siteconstruction operations. The CM shall act as an advisor to the government to ensure theproject is properly constructed, on time, and on budget.

B.3.2 Construction Management/Administration Support Services shall be provided on a fulltime basis by one (1) Construction Manager and one (1) Administrative Assistant based on 40hour work week.

B.3.3 The Contractor shall provide the CM with all equipment and supplies necessary tofulfill the requirements described in this Section B including but not limited to a blackberrydevice or similar telephone/email device for use by CM onsite, a laptop computer with wirelessinternet connection, a printer with wireless connection, and any typical equipment used by aCM in the fulfillment of their responsibilities. The price for this equipment shall be included inthe Offeror's fully loaded Fixed Hourly Rates.

B.3.4 The Contractor shall ensure the CM maintains a working knowledge of all softwareto be used including Prolog. The CM shall be responsible for knowing/learning and having

Page 5: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

access to all software, programs, formats, used by the District to fulfill the requiredassignments including but not limited to Microsoft Office Suite, Microsoft Project, P6, AdobeAcrobat Professional, Primavera 6, Timberline, AutoCAD, and RSMeans.

B.3.S In providing services under this Agreement, the CM shall provide services in a mannerconsistent with that degree of care and skill ordinarily exercised by members of the sameprofession currently practicing under similar circumstances.

B.3.6 The Contractor shall provide administrative support the PM and CM.

B.3.7 Construction Administration. The Contractor shall coordinate, manage, and overseeall on-site construction operations including at a minimum the following:

B.3.7.1 Assist DGS in developing solicitations and evaluating bid packages for proposals.

B.3.7.2 Assist DGS in developing Scopes of Work (and/or performance specifications) fordesign, construction or design build projects.

B.3.7.3 Develop conceptual construction estimate(s) in support of the Program.

B.3.7.4 Participate as a non-voting member in source selection technical evaluations, and assistin developing technical evaluation reports.

B.3.8 Construction Schedule. The CM shall review and verify the accuracy of the GC'sdetailed Construction Schedule and once approved, distribute among the appropriate partiesas identified by the PM. The CM shall ensure the GC's Construction Schedule uses thecritical path method and is broken down into activities showing the sequence of theconstruction activities. The Construction Schedule shall be the contractual schedule bywhich the construction will be sequenced and the basis for measuring the project's progressand the GC's performance. The CM shall at a minimum:

a) Maintain and update the Construction Schedule on behalf of the District andtrack milestone activity against the schedule of record maintained by the GC inPrimavera 6.

b) Review the progress of construction with the GC, observe work in place andproperly stored materials on a daily basis, and evaluate the percentagecomplete of each construction activity as indicated in the constructionSchedule of Values (SOV).

c) Prepare and distribute Weekly Progress Reports including ConstructionSchedule updates. After an evaluation of the actual progress as observed,assign schedule activities percentage-complete values in conjunction with theGC; Reflect in the schedule, actual progress as compared to schedule progressnoting variances (if any).

B.3.9 Construction Monitoring. The CM shall utilize spot-checking, selective sampling,

Page 6: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

and other similar methods of general observation to provide the ongomg monitoring ofconstruction activities. The CM shall at a minimum:

a) Confirm that as-built drawings are maintained by the GC as required by theircontract; verify the accuracy and completeness of all as-built drawings, andassure that the GC maintains and updates the drawings on a regular basis andincludes all actual locations and routings of services, all changes from theoriginal documents, field changes, final details, actual dimensions, and othersimilar items on the drawings. Compare this set of plans to construction GC'sset as changes occur. Reconcile any differences.

b) Maintain a separate, complete, and updated set of as-built drawingsthroughout the project for verification purposes against the GC's records.

c) Monitor the GC's performance as to consistency cost, quality andschedule monthly and issue a GC Performance Report;

d) Daily Reporte) Review building materials for compliance to contract requirements; the CM

shall maintain records of all reviews in the Daily Log;f) Ensure that all installation and construction work adheres to contract

requirements (including testing equipment, material, utilities, etc., before andafter installation to verify initial and final state);

g) Review and interpret drawings, specifications and shop drawings forcompletion and accuracy; the CM shall document all reviews in the DailyLog;

h) Advise the PM of any specialized construction required to fabricate/installsystems or sub-components and identify lead times for material/equipmentthat may impact the construction schedule;

i) Ensure GC and subcontractors comply with current labor and safety regulations;j) Ensure receipt of Subcontractor Plan and that the necessary qualifications

and special requirements are met by all contractors on the project, mostnotably subcontractors; and

k) Ensure A/E & GC meet all federal and District regulatory abatementrequirements

B.3.10 Change Orders. The CM shall develop and implement a system for thepreparation, review, and processing of construction change directives and change ordersincluding at a minimum the following:

a) Respond to situations or occurrences, which warrant a change order inan expeditious manner;

b) Estimate the cost of all change orders and negotiate final costs with the GCon behalf of the client;

c) CM shall verify that all changes have been authorized. If any unauthorizedwork has been identified on the drawings or in the field CM shall bringthese items to the PM attention immediately;

d) Provide Change Order Package to the PM including relevant written

Page 7: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

information, all costs and potential impact(s) on project budget, projectscheduling, suggested alternatives to achieve cost/time effectiveness; cost andscheduling data which are in accord with the contract requirements, andfurthers the goals for development of the project. Prepare a written costestimate, provide technical assistance during negotiations, documentnegotiations, and prepare appropriate documentation to be forwarded to the PMfor issuance of change orders;

e) Advise the PM on all scope and cost changes to the contract as the result ofclient and implementing agencies, A/E, changes due to existing conditions orcomplications or GC's error or omission;

f) The CM shall evaluate the GC' s proposal cost and make a formalrecommendation to the PM regarding acceptance of the proposal for aChange Order; and

g) In the event of major scope changes during the construction phase prepare anestimate for this change in scope in a format approved by the PM. Estimatesshall be completed within a mutually agreed time frame that does not present anegative project schedule impact. CM may be directed to negotiate changeorders with the GC on behalf of the District.

B.3.11 Project Management and Administration. The CM shall develop andimplement procedures for the following:

a) Applications for Payment - Develop and implement a procedure for thereview and processing of the GC's applications for payment including thefollowing:

1. Review and reconcile the GC's SOY s for each of the activities includedin the Construction Schedule and recommend to the PM ways toimprove. Use this approved document to initialize the progress paymentschedule for the Construction Phase. The SOY shall be broken downinto activities and in accordance with PM's desired format.

2. Review and validate the GC's invoices; submit invoices to the PMfor payment with recommendation for payment or identification ofitems requiring additional documentation or explanation.

b) Claims - Support the PM in the defense and resolution of any claims related tothe Project including at a minimum the following:

1. Receive all notices of claims by Contractors against the District foradditional cost or time due to any alleged cause and perform apreliminary evaluation of the contents of the claim, obtain factualinformation concerning the claim, and provide a writtenrecommendation to the PM that includes all costs and potentialimpact(s) on project scheduling. Suggest alternatives, which may bemore cost effective, both with respect to costs and scheduling. Supportall recommendations with cost and scheduling data, which are in accordwith the contract requirements, can be accommodated within the projectbudget, and furthers the Client's goals for development of the project.

Page 8: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

Prepare a written cost estimate, provide technical assistance duringnegotiations, and prepare appropriate documentation to be forwarded tothe PM for issuance of change orders.

2. Perform claims analysis and validation3. Prepare an Impact Evaluation Report, reflecting the actual impact on the

Construction Schedule and provide in the report a narrative including arecommendation for action to PM.

4. Prepare claim estimates based on the alleged cause of claims submittedby the GC and prepare alternate estimates based on varying scenarios ofthe claim cause. Transmit and document the estimates claim rulings andnegotiation of claims with the GC on behalf of DGS. Make a finalrecommendation to DGS concerning settlement or other appropriateaction.

c) Document control and records keeping1. Provide and maintain central location for archiving and storage of

building drawings, computer files, design and constructioncorrespondence, regulatory information, estimates/payment, QA/QC,materials, zoning, historical preservation, energy and other specialdocuments;

2. Set up and maintain filing system and Project working folders forboth CM and PM

3. Maintain organized construction files; provide administrative assistanceto support document/file maintenance during the construction period

4. Maintain construction related documents including but not limited tothe Construction Schedule, As Built Drawings, Change Orders,Applications for Payment, Claims, Meeting minutes andcommunication, Project Logs, Daily Reports, GC Performance Reports,Weekly Progress Reports, Photo Progress Reports, Inspection andTurnover Documents, and Training Materials

5. Maintain electronic files of Construction Related Documentsd) Provide assistance with the acquisition of all required Permits

B.3.12 Meetings, Reports, and Communication. The Contractor shall at aminimum provide the following to ensure the timely dissemination of information and tofoster open lines of communication between the GC, PM, and A/E to provide access tothe original or copies of all such materials upon the request by the District for a period ofthree (3) years after completion of the Project.

a) Meetings1. Attend weekly Progress meetings with the PM and GC representatives;2. Attend any other meetings related to the project;3. Develop, review and revise all meeting minutes within 72 hours of

meeting end time. In addition, if requested by the PM, the CM shallwrite and distribute meeting minutes for these meetings within 72 hoursof meeting end time;

b) Reports

Page 9: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

1. The CM shall maintain a detailed daily report. Submit daily reports tothe PM on the status of construction, including updated copies of alllogs maintained at the site for items that include but are not limited tochange orders, claims, submittals, etc. Reports shall be made availableto the PM at all times and shall be turned over to the PM, hole-punchedand in labeled and tabbed binders per location, and presented in hardand soft/electronic format at the completion of the project.

2. Prepare and disseminate Weekly Progress Report and GC PerformanceReport;

3. Complete and submit Incident Reports within twenty-four (24) hours ofincident to the PM or elsewhere, which affect, or may be expected toaffect, Project progress.

c) Logs1. Maintain Project logs of all clarifications requested by the GC AlE,

client and implementing agency. Provide written notifications to theDesign AlE's requesting design clarification, inform them of delays thatmay be caused, and advise them accordingly.

2. Create and maintain logs of any and all sorts as requested by the PM.All logs shall be maintained in 3-ring binders and Prolog and labeledwith all necessary back up information included. Logs shall be madeavailable to the PM at all times and shall be turned over to the PM, hole-punched and in labeled and tabbed binders Project Logs-

3. Develop and maintain an updated Deliverables Distribution List;4. Assist the PM with responses to project inquiries; Ensure timely

processing of, and response to, project documentation such ascorrespondence, Request for Information (RFI's), Request for Proposals(RFP's), material submittals Change Order (CO) documentation, andany other documentation requested by the PM;

5. Maintain a Daily Log to document the projects day to day activityincluding for example technical and procedural conflicts and theresolution of each, results of site visits, inspections status ofConstruction, including updated copies of all logs maintained at the sitefor change orders, claims, submittals,

6. Provide progress photos weekly, a minimum of one (1) per scope itemor area per week whether or not any work was done during the previousweek. Photographs shall be labeled with: the name of the Project, thescope item or area name, and the date taken. These photos shall beprovided via email andlor Prolog as requested by the PM and compiledonto three (3) CD-ROM per site and delivered to the PM upon Projectcompletion;

7. Deliver Project documentation, submittals, material, and equipment ofany sort to clients, agencies, consultants, GC as needed.

B.3.13 Inspection, Turnover and Training Services. The CM shall provideinspection and turnover services including at a minimum the following:

a) Responsible for inspecting GC's work to ensure that it is in accordance with

Page 10: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

specifications and drawings. In the case of defective workmanship or non-compliance, CM will coordinate with the COTR to withhold payment untilcorrective action is taken by the General Contractor.

b) Coordinate the technical inspection and testing provided by other third parties;Include the results of inspection and testing in the Project Daily Reports;

c) Coordinate with DGS PM to determine if the facility is substantially completeaccording to the contract requirements and provide the required documentation.When the facility is substantially complete, develop a work list beforerecommending Beneficial Occupancy inspection.

d) Recommend whether the facility is ready for Beneficial Occupancy inspectionby the PM. If the contractor's request for Beneficial Occupancy inspection isdenied, provide an explanation to the PM, delineating prerequisites not yetsatisfied. If facility is ready for Beneficial Occupancy inspection, conductBeneficial Occupancy inspection with contractor, using and implementingagency, and AlE and prepare a comprehensive punch and coordinate theinspections that may be performed by others that may be performed by others.

e) Transmit the punch list to the GC and PM. Monitor the corrective work signingoff each deficiency as it is corrected. Prepare a project specific checklist of theitems contractually required before the contract can be considered ready for finalacceptance. Provide all documentation required for final payment and close-out;and

f) Coordinate the turnover of the completed facility to facility managers, ensuringthat equipment and system testing, commissioning and start-up take place.

g) Ensure that all documents required for project close out are being developed,submitted and upload into Prolog by the Contractor including but not limited towarranties, AS-Built drawings, submittal, Operation and Maintenance Manuals,and training materials. Organize equipment start-up seminars and training withthe contractor and facility personnel and supervise start-up testing and balancingof all equipment and systems

B.4 Deliverables. The Contractor shall provide items listed in the SOW including butnot limited to the following:

a) Electronic files shall be provided on compact disks. Documents (presentations)shall conform with Word Processing Spread-sheet, etc. any andlor a combinationof Microsoft Word .doc format, Microsoft Excel .xls format, Primavera orMicrosoft Project .mpp format, or Microsoft Access .mbd format Power Point asappropriate.

b) All review and associated notes shall be both in hard copy and electronic formatssuch as PDFs, DOCS, and XLS produced in the performance of this contract, orin contemplation thereof, produced after completion of the work shall be andremain the sole property of the District Government and may be used on anyother work without additional cost to the Government. With respect thereto, theContractor agrees not to assert any rights or to establish any claim under theproperty or copyright laws and not to publish or reproduce such matter in wholeor in part or in any manner or form, or authorize others so to do without thewritten consent of DGS, until such time as the District may have released such

Page 11: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

matter to the public. The Contractor agrees to furnish and provide access to theoriginal or copies of all such materials upon the request by the District for aperiod of three (3) years after completion of the project.

B.4.1 Deliverable Schedule:

All required deliverables shall be presented in a professionally acceptable manner and submittedto DGS no later than 4:00 p.m. on the agreed upon due date(s).

The contractor shall develop and submit one (1) hard and (1) electronic copy for each of thefollowing deliverables to PM on required due date:

Deliverable: Frequency:

• Daily Reports - Daily

• Weekly Reports - Weekly

• Incident Reports - Within 24 hours of incident

• Claims - As Requested by PM

• GC Performance Report - Monthly

• Meeting Minutes and - Within 72 hoursProgress Reports

• Close-out Documents - As Requested by PM

B.4.2 Items and information to be provided by the District. The PM shall provide thefollowing at time of the award:

a) Formats for reports that include but are limited to daily, weekly, and progressreports.

b) Access to Department database and software.c) Training on proper submission of required documents.d) Drawings and Specifications.

B.S Conformance with Laws

It shall be the responsibility of the Contractor to perform the Agreement in conformance with theDepartment's Procurement Regulations (27 DCMR § 4700 et seq.) and all statutes, laws, codes,ordinances, regulations, rules, requirements and orders of governmental bodies, including,without limitation, the U.S. Government and the District of Columbia government; and it is thesole responsibility of the Contractor to determine the Department's procurement regulations,statutes, laws, codes, ordinances, regulations, rules, requirements and orders that apply and theireffect on the Contractor's obligations thereunder.

B.6 Licensing, Accreditation and Registration

Page 12: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

The Contractor and all of its subcontractors shall comply with all applicable District ofColumbia, state and federal licensing, accreditation, and registration requirements and standardsnecessary for the performance of the contract.

B.7 Standard Contract Provisions

The Standard Contract Provisions for use with Specifications for District of ColumbiaGovernment Construction Projects (Revised April 2011) are hereby incorporated into this.

B.8 Living Wage Act

The Living Wage Act is applicable to this Contract. As such, the Contractor and itssubcontractors shall comply with the wage and reporting requirements imposed by that Act(Attachment E).

B.9 Service Contract Act

The Service Contract Act is applicable to this Project. As such, the Contractor and its tradesubcontractors shall comply with the wage and reporting requirements imposed by this Act.Applicable wage determination is attached hereto as Attachment D.

Page 13: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONCECONOMIC INCLUSION

C.I Preference for Small, Local, and Disadvantaged Business Enterprises

Under the provisions of the Small, Local, and Disadvantaged Business Enterprise Developmentand Assistance Act of 2005, D.C. Law 16-33 (codified at D.C. Code § 2-218.01 et seq.),preferences shall be given to Offerors that are certified by the Department of Small and LocalBusiness Development as being a small business enterprise, having resident business ownership,having a longtime resident business, being a local business enterprise, being a disadvantagedbusiness enterprise, or being a local business enterprise with its principal office located in anenterprise zone. (A copy of the certification acknowledgment letter must be submitted with theOfferor's Proposal.) In accordance with these laws, the following points shall be granted inevaluating an Offeror's proposal:

a) Three points for a small business enterprise;b) Five points for a resident-owned business;c) Five points for a longtime resident business;d) Two points for a local business enterprise;e) Two points for a local business enterprise with its principal office located in an

enterprise zone;f) Two points for a disadvantaged business enterprise;g) Two points for a veteran-owned business enterprise; andh) Two points for a local manufacturing business enterprise.

Offerors may qualify for more than one of these categories; however the maximum number ofpoints available under this section is 12 points.

C.l.I For information regarding the application process, contact the Department of Small andLocal Business Development at the following address or telephone number:

Department of Small and Local Business DevelopmentOne Judiciary Square Building441 4th Street, NW, 9th FloorWashington, DC 20001(202) 719-6544 (Telephone Number)(202) 724-3786 (Facsimile Number)

C.2 SLDBE Participation. An Offeror responding to this solicitation must submit with itsproposal, a notarized statement detailing any subcontracting plan required by law. Proposalsresponding to this RFP shall be deemed nonresponsive and shall be rejected if the Offeror fails tosubmit a subcontracting plan that is required by law. For contracts in excess of $250,000, at least50% of the dollar volume of the contract shall be subcontracted with a firm certified byDepartment of Small and Local Business Development as (i) a local business enterprise; (ii) asmall business enterprise; (iii) a disadvantaged business enterprise; (iv) a resident ownedbusiness; (v) a longtime business owner; (vi) a local business enterprise with its principal office

Page 14: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

located in an enterprise zone; (vii) a veteran owned business enterprise; or (viii) localmanufacturing business enterprise.

C.2.1.1 A prime contractor which is certified as a small, local or disadvantaged businessenterprise shall not be required to comply with the provisions of Section C.2.l.

C.2.1.2 Subcontracting Plan. Proposals responding to this RFP shall be deemed nonresponsiveand shall be rejected if the Contractor is required to subcontract, but fails to submit asubcontracting plan with its proposal. Once the plan is approved by the CO, changes to the planwill only occur with the prior written approval of the CO.

C.2.1.3 Subcontractor Standards. A prime contractor shall ensure subcontractors meet thecriteria for responsibility described in D.C. Official Code §2-353-02.

C.2.1.4 Reporting. If the Contractor has an approved subcontracting plan required by law underthis contract, the Contractor shall submit to the CO no later than the 21 st of each month followingexecution of the contract, a Subcontracting Plan Compliance Report to verify its compliance withthe subcontracting requirements for the preceding month.

C.2.1.S Enforcement and Penalties for Breach of Subcontracting Plan. If during theperformance of this contract, the Contractor fails to comply with its approved subcontractingplan, and the CO determines the Contractor's failure to be a material breach of the contract, theCO shall have cause to terminate the contract under the default clause of the Standard ContractProvisions.

C.2.1.S.1 There shall be a rebuttable presumption that a contractor willfully breached itsapproved subcontracting plan if the Contractor (i) fails to submit any required monitoring orcompliance report; or (ii) submits a monitoring or compliance report with the intent to defraud.

C.2.1.S.2 A Contractor that is found to have willfully breached its approved subcontracting planfor utilization of certified business enterprises in the performance of a contract shall be subject tothe imposition of penalties, including monetary fines of $15,000 or 5% of the total amount of thework that the Contractor was to subcontract to certified business enterprises, whichever isgreater, for each such breach.

C.3 Residency Hiring and First Source Employment Requirements for Contractors andSubcontractors

C.3.1 District Residents Hiring. At least fifty-one percent (51%) of the Offeror's employeesand every subcontractor's employees hired after the Offeror enters into a contract with theDepartment, or after each subcontractor enters into a contract with the Offeror, to work on thiscontract, shall be residents of the District of Columbia. Upon execution of the contract, theOfferor and each of its subcontractors, if any, shall submit to the Department a list of currentemployees that will be assigned to the contract, the date that they were hired and whether or notthey live in the District of Columbia.

Page 15: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

C.3.2 First Source Employment Agreement. The Offeror shall comply with subchapter III ofChapter II of Title 1, and subchapter II of Chapter II of Title 1 of the D.C. Code, and allsuccessor acts thereto and the rules and regulations promulgated thereunder. The Offeror and allsubcontractors with contracts in the amount of $300,000 or more shall be required to complywith the following: (i) enter into a First Source Employment Agreement (Attachment F) with theD.C. Department of Employment Services ("DOES"); (ii) make best efforts to hire at least 51%District residents for all new jobs created by the contract; (iii) list all employment vacancies withDOES; and (iv) submit monthly compliance reports to DOES by the 10th of each month.

C.4 Apprenticeship Act

The Contractor and all of its traded subcontractors shall comply with the Apprenticeship Act. Inaddition, thirty-five percent (35%) of all apprentice hours worked on the Project shall be workedby District residents.

Page 16: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONDEVALUATION AND AWARD CRITERIA

D.I Selection Criteria

Proposals will be evaluated in accordance with this Section D of this RFP. The followingevaluation criteria will be used:

Relevant Experience and Capabilities (25 points)Project Management Plan (30 points)Key Personnel (25 points)Price (20 points)

D.2 Evaluation Process

The Department will evaluate submissions and any best and final offers in accordance with theprovisions of this Section D and the Department's Procurement Regulations.

D.3 Evaluation Committee

Each submission will be evaluated in accordance with this Section D by an EvaluationCommittee. The Evaluation Committee will prepare a written report summarizing its findingsand submit the same to the source selection official. Based on the information submitted by theOfferors in response to this RFP and the report prepared by the Evaluation Committee, thesource selection official will select the Offeror(s) whose submission is determined by the sourceselection official to be the most advantageous to the Department.

D.4 Oral Presentation

The Department does not intend to interview Offerors; however, the Department reserves theright to interview Offerors in the competitive range if necessary. If the Department conductssuch interviews, each Offeror within the competitive range shall make an oral presentation to theDepartment's Evaluation Committee, and participate in a question and answer session. Thepurpose of the oral presentation and the question and answer session is to permit the EvaluationCommittee to fully understand and assess the qualifications of each Offeror and the Offeror'skey personnel. The submission will be re-scored at the conclusion of the oral presentation.

D.S Proposal Evaluation

Each proposal will be scored on a scale of 1 to 100 points as described in Section D.1. Inaddition, Offerors eligible to receive up to 12 preference points as described in Section C.1 ofthis RFP for participation by Local, Small or Disadvantaged Business Enterprises. Thus, themaximum number of points possible is 112.

Page 17: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

D.6 Non-Responsive Pricing

In general, the Department will consider a proposal non-responsive if the Offeror's price isgreater than 150% of the median price submitted by other Offerors. The Department reserves theright to deem a proposal non-responsive if Offeror's price is greater than 150% of theindependent government estimate.

D.7 Relevant Experience and Capabilities (25 Points)

The Department desires to engage a Contractor with the experience necessary to successfullycomplete the required work as described in Section B of this RFP. The Offeror shall submit thefollowing to demonstrate the Offeror's relevant experience and capability;

a) A description of a minimum of three (3) projects detailed to include the following thatbest illustrate the Offeror's experience and capabilities:

1. Project name and location;2. Narne, address, contact person and telephone number for owner reference;3. Description of the work performed by the Offeror; including comparisons to the

work of this solicitation and Offeror's role on the project;4. Completed size in SF;5. Time period of the construction;6. Identification of personnel involved in the selected project who are proposed to

work on this project; and7. Award and final construction cost (provide actual figures for completed projects).

b) Offeror shall ensure that a minimum of three (3) Past Performance Evaluation forms(Attachment H) are completed and submitted on behalf of the Contractor directly toJamar Spruill [email protected] by the due date for proposals (E.3).

D.S Project Management Plan (30 Points).

Offeror's shall submit a detailed Project Management Plan (PMP) which reflects a clearunderstanding and knowledge of the Construction Management services proposed in Section B.2"Scope of Services". At a minimum Offeror's PMP shall include:

a) PMP shall include the methodology and overall approach to meeting the projectrequirements. Include specific discussion on change orders, RFI and quality assuranceand quality control management. The PMP shall not exceed 20 pages in length.

b) Describe the capability and experience of the firm and team on using web-basedconstruction management tools and applications. Detail systems used, developed, andimplemented at similar sized construction projects.

c) Identify the key personnel and their specific roles in managing the Project;

Page 18: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

d) Describe the process and impediments that must be overcome to ensure the project issuccessfully completed on time and on budget.

D.9 Key Personnel (25 Points).

Offeror shall assign personnel with experience in completing similar projects on-time and on-budget. The availability and experience of the key personnel will be evaluated as part of thiselement. The Offeror shall at a minimum:

a) Identify (i) Construction Managers (CM); and (ii) Administrative Assistants to beassigned to DOS Projects and describe the specific experience including the minimumrequirements described in B.2 of each individual; and

b) Provide resumes and availability for the (i) Construction Manager (CM); and (ii)Administrative Assistant;

D.IO Attachments.

Offeror shall include the following attachments in their Technical Proposal:

a) Disclosure Statement - Each Offeror shall submit a Disclosure Statement (AttachmentB);

b) Tax Affidavit - Each Offeror shall submit a tax affidavit (Attachment C). In order tobe eligible for this procurement, Offeror must be in full compliance with their taxobligations to the District of Columbia government; and

c) First Source Employment - Each Offeror shall submit the First Source EmploymentAgreement in the form of Attachment F.

Page 19: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONEPROPOSAL ORGANIZATIONAND SUBMISSION

E.1 Proposal Identification

Proposals shall be proffered in an original and five copies. The Offeror's proposal shall beplaced in a sealed envelope conspicuously marked: "DCAM-1S-CS-0097" - ConstructionManagement Services IDIQ"

E.2 Delivery or Mailing of Proposals

Proposals shall be delivered or mailed to:

Department of General ServicesContracts & Procurement Division, 8th FloorAttention: James MarshallFrank D. Reeves Center2000 14th Street, NWWashington, DC 20009

E.3 Date and Time for Receiving Proposals

Proposals shall be received no later than 2:00 pm E.D.T., on June 9, 2015. The Offeror assumesthe sole responsibility for timely delivery of its Proposal, regardless of the method of delivery.

E.4 Proposal Size, Organization, and Offeror Qualifications

All proposals shall be submitted on 8-1/2" x 11" bond paper and typewritten. Telephonic,telegraphic, and facsimile proposals shall not be accepted. The Department is interested in aqualitative approach to presentation material. Brief, clear and concise material is more desirablethan quantity. The submission shall be organized in two (2) separate volumes as follows:

E.4.1 Technical Proposal - Volume 1

E.4.1.1 Executive Summary. The Offeror shall provide a summary of no more than three (3)pages to include the following for the Offeror:

Narne, address of the firmFirm profile, including:

AgeFirm historyFirm sizeAreas of specialty/concentrationCurrent workload

a) The Offeror shall describe professional qualifications of firm providing and performingprofessional construction management services for different types of facilities and

Page 20: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

clients. Show experience in managing and performing work as set forth in Section B,"Scope of Services". Discuss the firm's depth of resources available forproject/client support. Discuss special capabilities that the firm has developed thatdistinguish firm as a leader in the professional CM arena.

b) Offeror shall provide a list of contracts terminated (either for default or convenience).This list shall include contracts that resulted in litigation or arbitration between theOwner and the Offeror. If the Offeror has multiple offices, only contracts held by theoffice submitting this proposal need be listed.

E.4.1.2 Relevant Experience and Capabilities (25 Points)

Each offer shall submit the information requested in D.7 of the RFP.

E.4.1.3 Project Management Plan (30 Points).

Each offer shall submit the information requested in D.8 of the RFP.

E.4.1.4 Key Personnel (25 Points).

Each offer shall submit the information requested in D.9 of the RFP.

E.4.1.5 Attachments. Offerors shall include the following attachments III their TechnicalProposal:

d) Disclosure Statement - Each Offeror shall submit a Disclosure Statement (AttachmentB);

e) Tax Affidavit - Each Offeror shall submit a tax affidavit (Attachment C). In order tobe eligible for this procurement, Offerors must be in full compliance with their taxobligations to the District of Columbia government; and

f) First Source Employment - Each Offeror shall submit the First Source EmploymentAgreement in the form of Attachment F.

E.4.2 Price Proposal Section - Volume 2

E.4.2.1 Price (20 Points)

The Offeror shall submit the Offer Letter substantially III the form of Attachment A.

Page 21: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONFBIDDING PROCEDURES & PROTESTS

F.l Contact Person

For information regarding this RFP, please contact:

Jamar SpruillContract Specialist2000 14th Street, NW 8th FloorWashington, D.C. 20009jamar. spruill @dc.govPhone: (202) 671-2255

Any written questions or inquiries should be sent to Jamar Spruill at [email protected]

F.2 Pre-proposal Conference. A pre-proposal conference will be held May 29, 2015 at11:00 am at the Reeves Center 2000 14th Street, NW, 2nd Floor Community Room. InterestedOfferors are strongly encouraged to attend.

F.3 Explanations to Prospective Offerors

Each Offeror shall carefully examine this RFP and any and all amendments, addenda or otherrevisions, and thoroughly familiarize itself with all requirements prior to proffering a proposal.Should an Offeror find discrepancies or ambiguities in, or omissions from, the RFP andamendments, addenda or revisions, or otherwise desire an explanation or interpretation of theRFP, any amendments, addenda, or revisions, it must submit a request for interpretation orcorrection in writing. Any information given to an Offeror concerning the solicitation shall befurnished promptly to all other Offerors as an amendment or addendum to this RFP if in the solediscretion of the Department that information is necessary in proffering proposals or if the lackof it would be prejudicial to any other prospective Offerors. Oral explanations or instructionsgiven before the award of the contract shall not be binding. Requests should be directed to JamarSpruill at [email protected] no later than 2:00 pm June 1, 2015. The person making therequest shall be responsible for prompt delivery.

F.4 Protests

Protests shall be governed by Section 4734 of the Department's Procurement Regulations (27DCMR). Protests alleging defects in this solicitation must be filed prior to the time set forreceipt of proposals. If an alleged defect does not exist in this initial RFP, but was incorporatedinto the RFP by an amendment or addendum, a protest based on that defect must be filed beforethe next closing time established for proffering proposals. In all other cases, a protester shall filethe protest within seven (7) days after the protester knows or should have known whichever isearlier, of the facts and circumstances upon which the protest is based. All protests must bemade in writing to the Department's Chief Contracting Officer ("CCO") and must be filed in

Page 22: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

duplicate. Protests shall be served on the Department by obtaining written and datedacknowledgment of receipt from the Department's CCO. Protests received by the Departmentafter the indicated period shall not be considered. To expedite handling of protests, the envelopeshall be labeled "Protest".

This section is intended to summarize the bid protest procedures and is for the convenience ofthe Offerors only. To the extent any provision of this section is inconsistent with theProcurement Regulations; the more stringent provisions shall prevail.

F.5 Retention of Proposals

All proposals shall be retained by the Department and therefore shall not be returned to theOfferors. With the exception of proprietary financial information, the proposals shall becomethe property of the DOS. The DOS shall have the right to distribute or use such information as itdetermines.

F.6 Examination of Proposals

Offerors are expected to examine the requirements of all instructions (including all amendments,addenda, attachments and exhibits) in this RFP. Failure to do so shall be at the sole risk of theOfferor, and may result in disqualification.

F.7 Late Proposals and Modifications

Any proposal or best and final offer received at the Department designated in this RFP after theexact time specified for receipt shall not be considered. Any modification of a proposal,including a modification resulting from the ceo's requests for best and final offers, is subject tothe same conditions as in O.8.(a) stated above. The only acceptable evidence to establish thetime of receipt at the Department's office is the time-date stamp of such installation on theproposal wrapper or other documentary evidence of receipt maintained by the installation.Notwithstanding any other provisions of this Request for Proposals to the contrary, a latemodification of an otherwise successful proposal which makes its terms more favorable to theDOS may be considered at any time it is received and may be accepted. Proposals shall beirrevocable and remain in full force and effect for a period not less than 120 days after receipt ofproposals.

F.8 No Compensation for Preparation of Proposals

The Department shall not bear or assume any financial obligations or liabilities regarding thepreparation of any proposals submitted in response to this RFP, or prepared in connectiontherewith, including, but without limitation, any proposals, statements, reports, data, information,materials or other documents or items.

F.9 Rejection of Proposals

The Department reserves the right, in its sole discretion:

Page 23: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

a) To cancel this solicitation or reject all proposals;b) To reject proposals that fail to prove the Offeror's responsibility;c) To reject proposals that contain conditions and/or contingencies that in the Department's

sole judgment, make the proposal indefinite, incomplete, otherwise non-responsive, orotherwise unacceptable for award;

d) To waive minor irregularities in any proposal provided such waiver does not result in anunfair advantage to any Offeror;

e) To take any other action within the applicable Procurement Regulations or law;f) To reject the proposal of any Offeror that has submitted a false or misleading statement,

affidavit or certification in connection with such proposal or this Request for Proposals.

F.I0 Limitation of Authority

Only a person with prior written authority from the CCO shall have the express, implied, orapparent authority to alter, amend, modify, or waive any clauses or conditions of the contract.Furthermore, any alteration, amendment, modification, or waiver of any clause or condition ofthis RFP is not effective or binding unless made in writing and signed by the CCO or itsauthorized representative.

F.ll Electronic Copy of Proposals for Freedom of Information Act Requests

In addition to other proposal submission requirements, the Offeror shall submit an electroniccopy of its proposal, redacted in accordance with any applicable exemptions from disclosure inD.C. Official Code §2-534, in order for the District to comply with §2-536(b) that requires theDistrict to make available electronically copies of records that must be made public. TheDistrict's policy is to release documents relating to District proposals following award of thecontract, subject to applicable FOIA exemption under §2-534(a) (1).

F.12 Contract Award

This procurement is being conducted in accordance with the provisrons of 4721 of theDepartment's Procurement Regulations (27 DCMR, Chapter 47).

Page 24: REQUEST FOR PROPOSAL - | ddot...B.2.1 Construction Manager shall have successfully worked inthe construction industry asa Construction Project Manager (CM). CM shall hold ataminimum,

SECTIONGINSURANCE REQUIREMENTS

G.1 Required Insurance

The Contractor shall maintain the following types of insurance throughout the life of thecontract.

G1.1 Commercial general public liability insurance ("Liability Insurance") againstliability for bodily injury and death and property damage, such Liability Insurance to be in anamount not less than One Million ($1,000,000) for liability for bodily injury, death and propertydamage arising from anyone occurrence and Two Million Dollars ($2,000,000) from theaggregate of all occurrences within each policy year. The policy should include completedoperations coverage.

G.1.2 Workers' Compensation and Employers Liability Coverage providing statutorybenefits for all persons employed by the Contractor, or its subcontractors at or in connection withthe Work.

G.1.3 Automobile Liability, including Hired and Non-Owned Auto Liability in the amount ofat least One Million Dollars ($1,000,000) for each occurrence for bodily injr